SOLICITATION NOTICE
M -- Infrastructure Operations and Maintenance Services
- Notice Date
- 9/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238, UNITED STATES
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-07-R-8501
- Response Due
- 1/2/2008
- Point of Contact
- David Shreve, Contracting Officer, Phone 321-853-2629, Fax 321-853-2621, - Linda Adair, Contract Specialist, Phone 853-2648, Fax 853-2621,
- E-Mail Address
-
david.shreve@patrick.af.mil, linda.adair@patrick.af.mil
- Description
- The services called for under the Infrastructure Operations and Maintenance Services (IOMS) contract support mission requirements for vehicle launches, range operations and the overall 45th Space Wing (45 SW) Mission. Locations of service include Cape Canaveral Air Force Station (CCAFS), and other locations to include limited services at Patrick Air Force Base (PAFB), the Florida Annexes, Antigua Air Station, Ascension Auxiliary Airfield and Kennedy Space Center (KSC). The contractor shall provide all management, administration, quality control, labor, transportation, equipment, materials, vehicles, heavy equipment, supplies and other items as necessary for performing the services contained in this Performance Work Statement (PWS). These services include program management, financial management, customer support services, architectural and engineering services, infrastructure and facilities maintenance and repair, physical plant operations, property management, utilities support, environmental management and other similar services to accomplish the 45 SW's mission safely and effectively, while maintaining environmental compliance. The contractor shall plan and execute all preventive maintenance, maintenance engineering and configuration management for Facilities, Systems Equipment and Utilities (F/S/E/U). The contractor shall provide guidance and coordination for base civil engineer functions to ensure effective and economical operation of all activities. Some of the various agencies the contractor may be required to support include; the United States Air Force (USAF), the National Aeronautics and Space Administration (NASA), Naval Ordnance Test Unit (NOTU), the Department of the Army, the National Reconnaissance Office (NRO) and other military and civil agencies as directed. This effort is similar to work performed in commercial industry and shall be based on industry standards and manufacturers' recommendations. A summary of work to be performed at each location are as follow: O&M Services: CCAFS and Jonathan Dickinson Missile Tracking Annex (JDMTA); Tower Maintenance Services: CCAFS, PAFB, and the Florida Annexes; Xenon Searchlight Services: CCAFS, KSC, and NASA's Trans-Atlantic Landing Sites (TAL-sites). Spare Parts support for searchlights at White Sands and Edwards Air Force Base; Power System Analysis Services: CCAFS, Antigua Air Station, and Ascension Auxiliary Airfield. This is an unrestricted (full and open competition) acquisition. Multiple awards are not contemplated. The North American Industry Classification System (NAICS) Code for this requirement is 561210 with a size standard of $32.5M. Release of the Request for Proposal is anticipated on or about 2 Nov 2007 with the past performance volume due on or about 3 Dec 2007 and cost/price and mission capability volumes due on or about 2 Jan 2008. The required service is determined non-commercial in accordance with FAR Part 12. Information concerning this solicitation has been/will be incrementally released and posted to Federal Business Opportunities (FedBizOpps). This solicitation is available via the internet at the FedBizOpps website: http://www.fbo.gov/. Technical data is available through Federal Technical Data Solutions (FedTeDS) and can be obtained by accessing the FedTeDS website at https://www.fedteds.gov/. A Cost-Plus-Incentive-Fee service contract with Firm-Fixed Price and Cost Reimbursable CLINs is contemplated. All responsible sources may submit a proposal which will be considered by the 45th Space Wing. The contract Transition/Phase-in Period is anticipated to begin 1 Jul 2008 and end 30 Sep 2008. The contract period of performance is anticipated to begin 1 Oct 2008 and end 30 Sep 2009 with four (4) one-year option periods. To be eligible for contract award or receive payment from a DoD activity, offerors must be registered in the DoD Central Contractor Registration (CCR) and Wide Area Work Flow Receipt and Acceptance (WAWF-RA) websites. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by registering via the CCR website at http://www.ccr.gov/. Information on WAWF-RA registration may be obtained by calling 1-866-618-5988, or by registering via the WAWF-RA website at https://wawf.eb.mil/. Contractors must also submit their representations and certifications at the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-07-R-8501/listing.html)
- Place of Performance
- Address: Cape Canaveral Air Force Station, FL
- Zip Code: 32925
- Country: UNITED STATES
- Zip Code: 32925
- Record
- SN01413445-F 20070923/070921223045 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |